0% found this document useful (0 votes)
59 views19 pages

17 NITDocuments

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
59 views19 pages

17 NITDocuments

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 19

CPWD–6 FOR e-TENDERING

The Executive Engineer (E) Chandigarh, CPWD, Chandigarh on behalf of the President of India invites
online Percentage Rate from CPWD enlisted contractors of appropriate class in building & road
category in single bid system for the following work:

RMO Sub-Station, DG Set, wet riser system, Automatic fire alarm system, Air conditioning plant
& lifts at Ayakar Bhawan, Sector-17, Chandigarh. (SH:- Operation & Routine maintenance of
Central Air conditioning plant i/c Servicing and maintenance of 3 Nos. 325TR chilling machine).

The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the
original date of submission of bids.
1.1 The work is estimated to cost Rs. 23,52,746/-. This estimate, however, is given merely as a
rough guide.
1.1.1 The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum, calculated from the date of completion of the
work to previous day of last date of submission of bids. In case the work certificate submitted in
compliance of above condition is a composite one, certificate from the Client shall be submitted
for the different components.
1.2 Criteria of eligibility for submission of bid documents:
i) The enlistment of the CPWD contractors in appropriate class in composite category should
be valid on the last of submission of bids.
ii) In case the last date of submission of bid is extended, the enlistment of contractor should be
valid on the original date of submission bids.
2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7 amended
up to date which is available as a Govt. of India Publication and sample also available on
website www.cpwd.gov.in. Bidder shall quote his rates as per various terms and conditions of
the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 12 Months from the date of start as defined
in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in
accordance with the phasing, if any, indicated in the bid documents.
4. The site for the work is available in phased manner.
5. The bid document consisting of plans, specifications, schedule of quantities of various types of
items to be executed and set of terms & conditions of the contract to be complied with and other
necessary documents can be seen on website www.etender.cpwd.gov.in or www.cpwd.gov.in or
www.eprocure.gov.in free of cost.
6. After submission of the bid, the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the quoted percentage any number of
times, but before last time and date of submission of bid, as notified.
8. Earnest Money of Rs. 47,055/- in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit Receipt, Banker’s cheque or Bank Guarantee (for balance amount as
prescribed) from any of the Commercial Banks (drawn in favour of Executive Engineer (E),
Chandigarh Central Electrical Division, CPWD, Chandigarh payable at Chandigarh shall
be scanned and uploaded to the e-Tendering website within the period of bid submission. The
original EMD should be deposited either in the office of Executive Engineer inviting bids or
division office of any Executive Engineer, CPWD within the period of bid submission.
The EMD receiving Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of
deposition of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by
tender inviting EE in the NIT.
1
A part of earnest money is acceptable in the form of bank guarantee of any Commercial Bank
having validity of six months or more from the last date of receipt of bids which is to be scanned
and uploaded by the intending bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of
the successful bidder, whichever is earlier. However, in case of two/ three bid system earnest
money deposit of bidders unsuccessful during technical bid evaluation etc. should be returned
within 30 days of declaration of result of technical bid evaluation.

9. Copy of Enlistment Order and certificate of work experience and other documents as specified
in NIT shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in
NIT shall have to be submitted by the lowest bidder only along with physical EMD of the
scanned copy of EMD uploaded within a week physically in the office of tender opening
authority. Online bid documents submitted by intending bidders shall be opened only of those
bidders, whose original EMD deposited with any division of CPWD and other documents
scanned and uploaded are found in order.
10. The contractor registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to
deposit tender processing fee at existing rates or they have option to switch over to the new
registration fee any time.
The bid submitted shall be opened on 09/07/2024 at 3.30 PM
11. The bid submitted shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not deposit original EMD with division office of any Executive Engineer,
CPWD.
(iii) The bidder does not upload scanned copies of all the documents stipulated in the bid
document.
(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission
of bid and hard copies as submitted physically by the lowest bidder in the office of tender
opening authority.
(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above / below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as
lowest tenderer.
12. The contractor whose bid is accepted will be required to furnish performance guarantee at
specified percentage of the tendered amount as mentioned in schedule E and within the period
specified in Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account
Payee Demand Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial. In
case the contractor fails to deposit the said performance guarantee within the period as indicated
in Schedule ‘F’ including the extended period, if any, the Earnest Money deposited by the
contractor shall be forfeited automatically without any notice to the contractor. The earnest
money deposited along with bid shall be returned after receiving the aforesaid performance
guarantee. The contractor whose bid is accepted will also be required to furnish either copy of
applicable licenses / registrations or proof of applying for obtaining labour licenses, registration
with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. if applicable
and also ensure the compliance of aforesaid provisions by the sub-contractors, if any engaged by
the contractor for the said work and Programme Chart (Time and Progress) within the period
specified in Schedule F.

2
13. The description of the work is as follows:
RMO Sub-Station, DG Set, wet riser system, Automatic fire alarm system, Air
conditioning plant & lifts at Ayakar Bhawan, Sector-17, Chandigarh. (SH:- Operation &
Routine maintenance of Central Air conditioning plant i/c Servicing and maintenance of 3
Nos. 325TR chilling machine)

Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation
they may require and in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their bid. A bidder shall be
deemed to have full knowledge of the site whether he inspects it or not and no extra charge
consequent on any misunderstanding or otherwise shall be allowed. The bidder shall be
responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and of conditions and rates
at which stores, tools and plant, etc. will be issued to him by the Government and local
conditions and other factors having a bearing on the execution of the work.
14. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids received
without the assignment of any reason. All bids in which any of the prescribed condition is not
fulfilled or any condition including that of conditional rebate is put forth by the bidders, shall be
summarily rejected.
15. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and
the bids submitted by the contractors who resort to canvassing will be liable to rejection.
16. The competent authority on behalf of President of India reserves to himself the right of accepting
the whole or any part of the bid and the bidders shall be bound to perform the same at the rate
quoted.
17. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts,
in which his near relative is posted as Divisional Accountant or as an officer in any capacity
between the grades of Chief Engineer and Junior Engineer (both inclusive). He shall also
intimate the names of persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any gazette officer in the Central Public Works
Department or in the Ministry of Housing & Urban Affairs. Any breach of this condition by the
contractor would render him liable to be removed from the approved list of contractors of this
Department.
18. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or
Administrative duties in an Engineering Department of the Government of India is allowed to
work as a contractor for a period of one year after his retirement from Government service,
without the previous permission of the Government of India in writing. This contract is liable to
be cancelled if either the contractor or any of his employees is found any time to be such a
person who had not obtained the permission of the Government of India, as aforesaid, before
submission of the bid or engagement in the contractor’s service.
19. The bid for the works shall remain open for acceptance for a period of 30 days from the date of
opening of bid. If any bidder withdraws his bid before the said period or issue of letter of
3
acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the
bid which are not acceptable to the department, then the Government shall, without prejudice to
any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.
Further the bidders shall not be allowed to participate in the rebidding process of the work.

20. This Notice Inviting bid shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority, shall, within 15 days
from the stipulated date of start of the work, sign the contract consisting of:-
(a) The Notice Inviting bid, all the documents including additional conditions, specifications
and drawings, if any, forming the bid as issued at the time of invitation of bid and
acceptance thereof together with any correspondence leading thereto.
(b) Standard CPWD Form-7 or other Standard CPWD Form as applicable.

21. List of documents to be scanned and uploaded within the period of bid submission:

(i) Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s cheque or
Bank Guarantee (for balance amount as prescribed) from any of the Commercial Banks against EMD.
(ii) Copy of receipt for deposition of original EMD to division office of any Executive Engineer,
[including NIT issuing EE] CPWD.
(iii) GST Registration Certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and upload following
undertaking alongwith bid documents.
“lf work is awarded to me, I/we shall obtain GST registration certificate, as applicable, within one
month from the date of receipt of award letter or before release of any payment by CPWD, whichever
is earlier, failing which I/We shall be responsible for any delay in payments which will be due towards
me/us on account of the work executed and/ or for any action taken by CPWD or GST department in
this regard.
(iv) Enlistment order of the CPWD contractors in appropriate class in composite category.
(v) Copy of Registration with EPFO & ESIC or proof of applying for it with the concerned department.
(vi) Electrical contractor licence OR undertaking that they will either obtain valid electrical licence at the
time of execution of electrical work or associate contractor having valid electrical licence of
appropriate class.
(vii) Any other document as specified in the NIT.

Executive Engineer (Elect.) Chd.,


Central P.W.D., Chandigarh

4
ANNEXURE-A

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID
DOCUMENT

The Executive Engineer (Electrical) Chandigarh, CPWD, Chandigarh (Ph. No. 0172-2747655) on
behalf of the President of India invites online bids through E-Tendering from CPWD enlisted contractors of
appropriate class in building & road category in single bid system for the following work:

NIT No. Name of work & Location Estimated Earnest Period Last date & Time & date
cost put to Money of time of of opening
bid Completi submission of Bid
on of bid, copy
of receipt
of
deposition
of original
EMD, and
other
documents
as specified
in NIT
RMO Sub-Station, DG Set,
wet riser system, Automatic
27/2024- fire alarm system, Air
25/CCE conditioning plant & lifts at
D/Chand
Ayakar Bhawan, Sector-17, Upto 03.00 At 03.30 PM
igarh/Div Rs. Rs. 12
Chandigarh. (SH:- Operation 23,52,746/- 47,055/- Months
PM on on
& Routine maintenance of 09/07/2024 09/07/2024
Central Air conditioning plant
i/c Servicing and maintenance
of 3 Nos. 325TR chilling
machine.)

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he consider himself eligible and he is in possession of all the documents
required.
2. Information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various types
of items to be executed and the set of terms and conditions of the contract to be complied with
and other necessary documents can be seen and downloaded from website
www.etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
4. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within the
period of bid submission and uploading the mandatory scanned documents such as Insurance
Surety Bonds, Account Payee Demand Draft or Bankers Cheque or Fixed Deposit Receipts or/
and Bank Guarntee (for balance amount as prescribed) from any of the Commercial Bank
towards EMD in favour of Executive Engineer as mentioned in NIT, receipt for deposition of
original EMD to division office of any Executive Engineer (including NIT issuing EE/ AE),
CPWD and other documents as specified.

5
5. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details
available on the website.
6. The intending bidder must have valid class-III digital signature to submit the bid.
7. On opening date, the contractor can login and see the bid opening process. After opening of bids
he will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank
the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the
bidder, rate of such item shall be treated as “0” (ZERO).
However, If a tenderer quotes nil rates against each item in item rate tender or does not quote
any percentage above/below on the total amount of the tender or any section / sub head in
percentage rate tender, the tender shall be treated as invalid and will not be considered as lowest
tenderer.
10. List of documents to be scanned and uploaded within the period of bid submission:

(i) Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s cheque or
Bank Guarantee (for balance amount as prescribed) from any of the Commercial Banks against EMD.
(ii) Copy of receipt for deposition of original EMD to division office of any Executive Engineer,
[including NIT issuing EE] CPWD.
(iii) GST Registration Certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and upload following
undertaking alongwith bid documents.
“lf work is awarded to me, I/we shall obtain GST registration certificate, as applicable, within one
month from the date of receipt of award letter or before release of any payment by CPWD, whichever
is earlier, failing which I/We shall be responsible for any delay in payments which will be due towards
me/us on account of the work executed and/ or for any action taken by CPWD or GST department in
this regard.
(iv) Enlistment order of the CPWD contractors in appropriate class in composite category.
(v) Copy of Registration with EPFO & ESIC or proof of applying for it with the concerned department.
(vi) Electrical contractor licence OR undertaking that they will either obtain valid electrical licence at the
time of execution of electrical work or associate contractor having valid electrical licence of
appropriate class.
(vii) Any other document as specified in the NIT.

Executive Engineer (Elect.)Chd,


Central P.W.D., Chandigarh.

6
CPWD FORM NO. 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE : Chandigarh (UT) DIVISION : EE(E)Chd.


BRANCH : E & M SUB-DIVISION : II

Percentage Rate Tender & Contract for Works

Tender for the work of: RMO Sub-Station, DG Set, wet riser system, Automatic fire alarm system,
Air conditioning plant & lifts at Ayakar Bhawan, Sector-17, Chandigarh. (SH:- Operation &
Routine maintenance of Central Air conditioning plant i/c Servicing and maintenance of 3 Nos.
325TR chilling machine)

(i) To be uploaded by As per Annexure ‘A’ to the Executive Engineer(E) Chandigarh,


CPWD, Chandigarh.
(ii) To be opened in presence of tenderers who may be present at As per Annexure ‘A’ in
the office of the Executive Engineer(E) Chandigarh, CPWD, Chandigarh.

TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F,
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and
Rules referred to in the conditions of contract and all other contents in the tender document
for the work.
I/We hereby tender for the execution of the work specified for the President of India as per
time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with
the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General
Rules and Directions and in clause 11 of the Conditions of contract and with such materials as
are provided for, by, and in respects in accordance with, such conditions so far as applicable.

I/We agree to keep the tender open for 30 (thirty) Days from the date of its opening in case of
single bid system/ Seventy Five (75) days from the date of opening of technical bid in case
tenders are invited on 2/3 bid system for specialised work and not to make any modifications
in its terms and conditions.

I/We have deposited EMD for the prescribed amount in the office of concerned Executive
Engineer as per the bid documents.

A copy of earnest money deposit receipt of prescribed amount deposited in the form of
Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque
or Bank Guarantee (as prescribed) issued by a Commercial Bank, is scanned and uploaded
(strike out as the case may be). If I/we, fail to furnish the prescribed performance guarantee
within prescribed period, I/we agree that the said President of India or his successors in office
shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest

7
money absolutely. Further, if I/we fail to commence work as specified, I/we agree that
President of India or his successors in office shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the said performance guarantee absolutely. The
said Performance Guarantee shall be a guarantee to execute all the works referred to in the
tender documents upon the terms & conditions contained or referred to those in excess of
that limit at the rates to be determined in accordance with the provision contained in Clause
12.2 and 12.3 of the tender form.

Further, I/we agree that in case of forfeiture of earnest money or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar works (s) has/have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes to the
notice of Department, then I/we shall be debarred for tendering in CPWD in future forever.
Also, if such a violation comes to the notice of Department before date of start of work, the
Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money
Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents, drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are
authorised to communicate the same or use the information in any manner prejudicial to the
safety & integrity of the state.

Dated Signature of Contractor


Witness: Postal Address
Address:
Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me
for and on behalf of the President of India for a sum of Rs … … … … … … ………… (Rupees … …
… … … … … … … … … … … … … … … … … … … … … … … … ……...… ..)
The letters referred to below shall form part of this contract Agreement:-
i) …………………… .
ii)
iii)

For & on behalf of the President of India.


Signature ………..………………..
Dated…………. Designation ……………………..

8
PROFORMA OF SCHEDULES

SCHEDULE ‘A’
Schedule of quantities- As per financial Bid.

SCHEDULE ‘D’

Extra schedule for specific requirements/ NIL


documents for the work, if any.

SCHEDULE ‘E’
Reference to General Conditions of General Conditions of contract 2023 (Maintenance
Works) for CPWD works Contract amended up to last
date of submission of bids.

Name of Work: RMO Sub-Station, DG Set, wet riser system,


Automatic fire alarm system, Air conditioning plant
& lifts at Ayakar Bhawan, Sector-17, Chandigarh.
(SH:- Operation & Routine maintenance of Central
Air conditioning plant i/c Servicing and
maintenance of 3 Nos. 325TR chilling machine)
Estimated Cost of work : Rs. 23,52,746/-
(i) Earnest Money : Rs. 47,055/- (to be returned after receiving
performance guarantee)

(ii) Performance Guarantee 5% of tendered value


(iii) Security Deposit 2.50% of tendered value.

SCHEDULE ‘F’:

General Rules & Directions:-

1.Officer Inviting Tender Executive Engineer(E)Chd.,


CPWD, Chandigarh

Definitions:-
2(vi) Engineer-In-Charge Executive Engineer (E)Chd.,
CPWD, Chandigarh or Successor thereof
2(viii) Accepting Authority Executive Engineer (E)Chd., CPWD, Chandigarh or his
successor thereof.
2(x) Percentage on cost of materials and
labour to cover all overheads
and profits 15%

2(x)(b) Standard Schedule of Rates DSR 2022, Prevailing labour rates & market rates

2(xi) Department Central Public Works Department

9
9(ii) Standard CPWD Contract Form GCC 2023 (Maintenance Work) and CPWD Form 7/8
as amended/ modified up to the last date of submission
of bids
Clause-1 :

(i) Time allowed for submission of


performance guarantee, programme chart 15 days
(Time and Progress) and applicable labour
licences, registration with EPFO, ESIC and
BOCW Welfare Board or proof of applying
there of from the date of issue of letter of acceptance.

(ii) Maximum allowable extension with 07 days


late fee @0.1% per day of the
performance guarantee amount beyond
the period provided in (i) above

Clause-2 :
Authority for fixing compensation SE(Chd.), CPWD, Chandigarh or his successor
under Clause 2 thereof.

Clause-5:
Number of days from the date of 22 days
issue of letter of acceptance for
reckoning date of start
Mile Stone
S. NO. DESCRIPTION OF TIME ALLOWED IN AMOUNT TO BE WITH-HELD IN
MILESTONE (PHYSICAL) DAYS (FROM THE DATE CASE OF NON-ACHIEVEMENT
OF START) OF MILESTONE.

----------- NA --------------

Time allowed for execution of work 12 Months

Authority to decide
i. Authority to convey the decision of Executive Engineer(E)-Chandigarh, CPWD,
shifting of milestone and extension Chandigarh or his successor thereof.
of time
ii. Authority to decide rescheduling of
Milestone and extension of time. Executive Engineer(E)-Chandigarh, CPWD or his
successor thereof
iii Shifting of date of start in case of Executive Engineer(E)-Chandigarh, CPWD
delay in handing over of site. Chandigarh or his successor thereof

10
Schedule of handing over of site:-
Part Portion of site Description Time period for handing
over reckoned from date of
issue of letter of intent
Part A Portion without any hindrance 100 From date of start.
Part B Portions with encumbrances NIL NIL
Part C Portions dependent on work of other NIL NIL
agencies

Clause-5:-
Applicable clause 5/ clause 5A: Clause 5

Clause-6:-Computerised Measurement Book (CMB)/


Electronic Measurement Book (EMB):
Mode of Measurement: CMB/ EMB CMB

Clause-7: Gross work to be done together Rs. 5.00 Lakh


with net payment / adjustment of
advances for material collected,
if any, since the last such payment
for being eligible to interim payment
Clause-7A:-
Whether clause 7A applicable Yes, Applicable
Clause-10A:-
List of testing equipment to be NIL
provided by the contractor at site lab.
Clause-10-B (II).
Whether clause 10-B (ii) shall be applicable Not Applicable
Clause-10C:-
Component of labour expressed as percent
of value of work Not Applicable
Clause-11:- Specifications to be followed for
execution of work Specifications to be followed CPWD
General specifications for electrical
works Part-I (Internal) & CPWD
General specifications for electrical
works Part-II (External), CPWD
General Specifications for HVAC
amended upto date & other terms &
condition enclosed.

Clause-12: As per GCC 2023 for maintenance


work amended/ modified & corrected
up to last date of submission of bids

Clause-16:-Competent Authority for SE (Chd.), CPWD, Chandigarh


deciding reduced rates. or his successor thereof.

Clause 18:-List of mandatory machinery, tools & As required for timely execution of
Plants to be deployed by the contractor at site work

11
Clause-25: OM No. DG/CON/317 dated 28.06.2021 is applicable

(i) Conciliator : SDG (Chandigarh)


(ii) Arbitrator Appointing Authority : SE-Chandigarh or his successor thereof
(iii) Place of Arbitration : CHANDIGARH / ONLINE/ OFFLINE

Clause 32 Requirement of Technical Representative (S) and Recovery Rate.

Sl. No Minimum Designation Rate at which recovery shall be made

Minimum experience
Qualification of (Principal from the contractor in the event of not
Technical Discipline Technical / fulfilling provision of clause 36(i)

Number
Representative Technical
representative)

Figures Words

NIL
Assistant Engineers retired from Government services that are holding Diploma will be treated
at par with Graduate Engineers.

Diploma holder with minimum 10 year relevant experience with a reputed construction co. can
be treated at par with Graduate Engineers for the purpose of such deployment subject to the
condition that such diploma holder should not exceed 50% of requirement of degree engineer

12
Receipt of deposition of original EMD

(Receipt No. ______________________________ date _______________)

1. Name of work - RMO Sub-Station, DG Set, wet riser


system, Automatic fire alarm system, Air
conditioning plant & lifts at Ayakar
Bhawan, Sector-17, Chandigarh. (SH:-
Operation & Routine maintenance of
Central Air conditioning plant i/c
Servicing and maintenance of 3 Nos.
325TR chilling machine.)

2. NIT No. - 27/2024-25/CCED/Chandigarh/Div

3. Estimated cost - Rs. 23,52,746/-

4. Amount of Earnest Money Deposit - Rs. 47,055/-

5. Last date of submission of bid - 09/07/2024 upto 03.00 PM

1. Name of contractor - _____________________________

2. Form of EMD - _____________________________

3. Amount of Earnest Money Deposit - _____________________________

4. Date of submission of EMD - _____________________________

Signature, Name and Designation of EMD


receiving officer (EE/ AE(P)/ AE/ AAO)
alongwith office stamp

13
SCHEDULE OF WORK
Name of work:- RMO Sub-Station, DG Set, wet riser system, Automatic fire alarm system, Air
conditioning plant & lifts at Ayakar Bhawan, Sector-17, Chandigarh. (SH:- Operation & Routine
maintenance of Central Air conditioning plant i/c Servicing and maintenance of 3 Nos. 325TR
chilling machine.)

S.No Description of Item Qty Rate Unit Amount


1 Operation & routine maintenance of Central HVAC
system comprising of three nos. 325TR Trane Make
chillers, 3 Nos. cooling towers, 20 Nos. AHUs, 3 Nos.
condensor water pumps, 3 Nos. chiller water pumps, 2
Nos. hot water generators, associated controls, main
electrical sub panel of AHU, in two shifts on all days
except Sundays & holidays complete in all respect as per
terms & conditions attached. The shift can be changed as
per site requirement.
i) AC mechanic cum Operator - 2 Nos. (6.00 AM to 2.00 PM
& 2.00 PM to 10.00 PM) 12 Months 67636.00 Month 811632.00
2 Servicing and maintenance of 2 units of 325TR capacity
model RTHDD2G2G1-Trane Make water cooled screw
chiller unit as per terms & conditions and service plan as
per annexures 1 & 2 attached. (shall be done by OEM/
Authorised Service agent of their respective water cooled
screw chiller alongwith authorization certificate from OEM
that OEM is unconditionally support the lowest tenderer Per
technically for comprehensive maintenance contract) 12 Months 33561.00 Month 402732.00
3 Supplying & replacement of following parts of Trane make
chiller unit of capacity 1X325 TR from OEM / Authorized
service dealer of respective chiller i/c charging of
refrigerant (134A) after pressure testing with nitrozen,
vaccumizing i/c testing & commissioning complete as
required.
(a) Glass : sight glass with O - Ring - 1 No. (HSN
No.70200090)
(b) Element : Oil / refrigerant filter 3.65 OD X 12.90
Includes O-Ring - 2 Nos. (HSN No.84212900)
(c) Valve: Solenoid, Normally closed .63 ODF X .63 ODM,
Less Coil, Brass - 1 No. (HSN No.84818050)
(d) Valve: Body, Solenoid, .375" ODS, Less Coil - 1 No.
(HSN No.84818090)
(e) Valve: Solenoid, .125 Inlet/Outlet - 1 No. (HSN
No.84818050)
(f) Gasket : Solenoid valve, 2.00 OD - 1 No. (HSN
No.40169340)
(g) Ring: O "Face" Oring, End of the fitting, 1.49 ID X .07
RND - 1 No. (HSN No.40169320)
(h) Ring : O "Boss" Ring, Base of fitting - 1 No. (HSN
No.40169320)
(i) Ring : O, 5.109 ID X .139R - 4 Nos. (HSN
No.40169320)
(j) Ring : O, 6.234 ID X .139R - 1 No. (HSN No.40169320)
(k) Ref- 134A - 186 Kg. (HSN No.29034500)
(l) Pressure, Testing works for parts repalcement,
Vaccumizing - 1 No. (SAC No.995469) 1 Job 1138382.00 Job 1138382.00
Total 2352746.00

14
Terms and Conditions

Name of Work – RMO Sub-Station, DG Set, wet riser system, Automatic fire alarm system, Air
conditioning plant & lifts at Ayakar Bhawan, Sector-17, Chandigarh (SH: Operation & Routine
maintenance of Central Air conditioning plant i/c Servicing and maintenance of 3 Nos. 325TR
chilling machine)

1. Work will be carried out to the entire satisfaction of the Engineer-in-Charge and department
reserves the rights to discontinue this agreement at any time without assigning any reason.
2. The Contractor shall have to engage the following qualified and experienced staff for carrying
out the operation & routine maintenance of Central HVAC System.

Designation Qty. Qualification Shift


S.No.
(i) AC mechanic Cum 1 No. ITI / Diploma in Ref. & Air 2 Nos. (6.00 AM to 2.00
Operator Conditioning Mechanic, Having 2 PM & 2.00 PM to 10.00
years experience as AC mechanic PM)
Cum Operator of Central HVAC
System.

3. In case worker absents from duty, a suitable replacement shall be provided by the contractor,
failing which the recovery @Rs. 2000/- per day for AC mechanic Cum Operator shall be made
from the bill.
4. The Contractor‘s staff will be deputed on job as per shift mentioned above, which can be
changed by Engineer-in-charge as per site requirement.
5. The department shall have no responsibility to regularize the contractor’s staff in the department.
6. The firm/contractor shall have to pay wages not less than fair minimum wages fixed by the local
administration from time to time to the staff engaged by them for his work. Proper wages record
shall be maintain by the contractor to ensure payment of adequate wages to the staff in the
presence of JE (E) & AE (E) as per clauses of agreement.
7. The staff engaged by the contractor in the job will not be treated as employee of the department.
8. No TA, DA, OTA, Uniforms, Medical facilities, Govt. accommodation or HRA etc. will be paid/
provided by the department.
9. Department shall not have any responsibility or liability of any kind in respect of accident with
staff employed by the contractor under this agreement.
10. Any damage done to any equipment due to mal-operation or any mishandling the same shall be
got repaired by the contractor free of cost.
11. Contractor has to submit the credentials of the workers employed duly verified with minimum
qualification & experience as per condition no. 2 on the job before start of the work as and when
there is any change. It should be with the approval of the Engineer-in-charge.
12. The staff has to abide by the discipline during the duty hours & found drunk or in doing
unwanted activities, they will be treated as absent & recovery shall be made as per terms &
conditions No. 3.
13. The normal duty hours shall be 8 hours. The timing may be changed by the controlling officer at
any time. No OTA wages are payable under the contract.
14. The department shall have liberty to discontinue the contract at any time, if performance is
found unsatisfactory in the opinion of controlling officer and security deducted shall be
forfeited.
15. Payment to the staff engaged by the contractor shall be made through e-payment by the
contractor. The contractor have to pay salary and ESI & EPF contribution towards

15
employee on monthly basis upto 10th day of every month and submit the documentary
proof/ receipt to Engineer-in-charge for payment of the bill and also if contractor not paid
salary, ESI & EPF upto 10th day of every month than recovery shall be imposed @100/-
per day per employee (for maximum 15 days per month payment). If contractor fails to
make payment as per above than department shall make recovery from the contractor’s
bill and take action accordingly as per Labour Laws. No payment shall be made without
submitting the above documents.
16. The contractor is bound to pay the increased minimum wages, to their staff deployed at
site, as fixed by Deputy Commissioner, UT Chandigarh from time to time and extend
facility of applicable ESI, EPF etc. as per prevailing labour bye laws
17. Contractor has to submit the Identity details of skilled staff/unskilled staff with
qualification, ESIC /EPF Number and Bank details before start of work.
18. Contractor shall have to maintain Biometric attendance machine for attendance proof. If
biometric attendance machine is not working, contractor shall intimate to Engineer-in-charge
and attendance register for that period of his staff at site of work and same have to be verified by
JE(E)/AE(E) in-charge of the work.
19. Cleaning & Sweeping of E&M installations, HVAC Plant/ Room etc. shall be included in the
scope of work of the contractor for which nothing extra shall be paid.
20. The contractor shall quote their rates includes all taxes and GST, nothing will be paid extra on
any account.
21. GUARANTEE/WARRANTEE
The contractor shall provide the guarantee for item no. 3 i.e. Supplying & replacement of parts
of Trane make chiller unit of capacity 1X325 TR from the OEM for minimum one year. Any
defect arises during guarantee period shall be rectified/ repaired or replaced free of cost from
the OEM, to the satisfaction of the Engineer-in-Charge. In case it is felt by the department that
undue delay is being caused by the contractor in doing this, the same will be got done by the
department at the risk and cost of the contractor. The decision of the Engineer-in-charge in
this regard shall be final & binding on the contractor.
22. The Contractor has to submit all the Original bills/ Receipt for purchasing the material from
manufacturer/authorized dealer for bonafide use at site, at the time of submitting the bill.
23. The contractor shall submit the relevant test certificate at the time of supply of equipment/Material.
24. All the repair work as per item no. 3 shall be carried out in the presence of Engineer-in-charge or his
authorized representative for which the contractor has to give atleast 2-3 days prior notice.

Executive Engineer (Elect.) Chd.,


Central P.W.D., Chandigarh.

16
Service plans

Annexure - 1
This Service Plan shall consist of the following:
I. Annual Maintenance - This service will be performed at the start of the maintenance
service term. All manufactures recommended yearly maintenance procedures on the
unit(s) will be conducted. The inspection will be conducted on a mutually agreeable date
(1 visit).
II. Preventive Maintenance - This service provides for regularly scheduled preventive
maintenance inspection. There will be three Preventive Maintenance visits per year, at
approximately equal intervals.
III. Written Reports - A report will be provided at the end of each inspection with
recommendations of necessary repairs and maintenance procedures.
IV. Annual Maintenance - Once a year a thorough maintenance procedure will be performed
including the following:
A. Check unit thoroughly for refrigerant leaks.
 Inspect for leaks and report leak check result.
 Repair minor leaks as required (e.g. valve packing, flare nuts).
 Check the condenser fans for clearances and free operation.
 Check tightness of condenser fan motor mounting brackets.
 Check the set screws on the fan shafts.
 Visually inspect the condenser coil for cleanliness.
 Verify the performance of the fan control inverter VFD, if applicable.
 Grease bearings as required.

B. Controls And Safeties


 Inspect the control panel for cleanliness.
 Inspect wiring and connections for tightness and signs of overheating and
discoloration.
 Verify the working condition of all indicator/ alarm lights and LED/LCD displays.
 Test oil pressure safety device (as required). Calibrate and record setting.
 Test the operation of the chilled water pump starter auxiliary contacts, if
applicable.

C. Lubrication System
 Verify the operation of the oil heaters.
D. Motor and Starter
 Clean the starter cabinet and starter components.
 Inspect wiring and connections for tightness and signs of overhauling and
discoloration.
 Check the conditions of the contacts for wear and pitting.
 Check contactors for free and smooth operation.
 Check all mechanical linkages for wear, security and clearances.
 Verify tightness of the motor terminal connections.
 Meg the motor and record readings.
17
 Verify the operation of the electrical interlocks.
 Measure voltage and record. Voltage should be nominal voltage + 10%.

II. Preventative Maintenance - Regularly scheduled preventative maintenance inspection


will include the following:
 Check the general operation of the unit.
 Log the operating temperatures, pressures, voltage, and amperages.
 Check the operation of the control circuit.
 Check the operation of the lubrication system.
 Check the operation of the motor and starter.
 Analyze the recorded data. Compare the data to the original design conditions.
 Review operating procedures with operating personnel.
 Provide a written report of completed work, operation log and indicate any
uncorrected deficiencies detected.
III. Written Reports - To be provided at the end of inspection with recommendations of
necessary repairs and maintenance procedures.

18
Annexure – 2

Level 2 Service Plan shall consist of the following:


I. All service included in level one, plus:
II. Emergency Service – Includes Five (5) emergency calls between inspections as
required for the purpose of diagnosis of trouble, adjustment, minor repair, or
resetting of controls.
III. Descaling of the condenser once per contract. – All the consumable items required
for descaling shall be provided by the firm and nothing extra shall be paid on
this account.
IV. Other consumables such as refrigerant & oil etc. shall be provided by department
as and when required.

19

You might also like